Town of Medley Sealed Solicitation

Title: ITB 2019-011 NWSRD (826-72A) ROADWAY AND DRAINAGE

Deadline: 2/21/2019 3:00 PM   (UTC-05:00) Eastern Time (US & Canada)

Status: Awarded

Solicitation Number: 2019-011

Description:

Contractor shall furnish all supervision, labor, materials, tools, equipment, obtaining all required permits, and performing all operations required to construct the Town of Medley Capital Improvements Project Number PW-0112 NW South River Drive SR826-72A Roadway and Drainage in accordance with the Contract Documents.

 

Work includes, but is not limited to, the Roadway and Drainage Construction for the area including approximately 2,400 linear feet (“L.F.”) of NW South River Dr from its intersection with NW 84th Street east to its intersection with NW 72nd Ave, and approximately 470 L.F. of NW 74th Ave from its intersection with NW 82nd St to NW South River Dr as depicted in the Construction Plans.

 

Contractor shall be responsible for complying with the requirements of all regulatory agencies and applicable laws and coordinating with all impacted utility owners.


Pre-Bid Meeting Date: 1/7/2019 11:00 AM

Pre-Bid Meeting Details: Please sign up if you plan to attend the pre-solicitation meeting.A Mandatory Pre-Bid Conference will be held on January 7th, 2019 at 11:00am in the Town Clerk’s office at the Medley Municipal Services Facility, 7777 N.W. 72nd Avenue, Medley, Florida 33166


Documents:

Documents as of 12/17/2018
NWSRD (826-72A) PW-0112 - BID PLANS.pdf
PW-0112 PROJECT MANUAL.pdf
012 - Invitation to Bid.pdf
Addition 1

Posted: 1/7/2019

Type of Addition: Pre Bid Meeting Sign In Sheet

Solicitation #: 2019-011

Documents:

Addition 2

Posted: 1/23/2019

Type of Addition: Addendum 1

Overview:

Bidder Questions (answers in italics):

1.         What is the engineer’s estimate for this project?

The engineer’s opinion of probable cost is $1,804,644.10 before contingency.             

2.         Please confirm per the plans provided for this project that there is no electrical work or material to be performed and will be done by others (FP&L). This was brought up in the mandatory meeting. 

At this time, construction work related to the lighting within the project area is not included in the base scope of work.

 

Revisions to the Project Manual (Part 2 – Bid Documents, Forms & Contract) as follows:

Page “Part 2-13”: Updated bid table attached below.

·         Item 82 has been revised

 

Revisions to the Construction Plans as follows:

                Updated sheets below.

·         R-1210, addition of sedimentation/silt fence detail, revision 1

·         R-1300, addition of turbidity barrier, revision 1

·         E-6, material of light poles specified as fiberglass, revision 1


Deadline: 1/31/2019 3:00 PM

Solicitation #: 2019-011

Documents:

Addition 3

Posted: 1/29/2019

Type of Addition: Addendum #2

Overview:

Clarifications:

·         The terms Exfiltration Trench and French Drain are used interchangeably in the contract documents.

 

Bidder Questions (answers in italics):

1.         Tree Disposition Plans L-1200 thru L-1210 indicate Tree Protection Fencing (Typ.). The bid form does not have a bid item for this protection fence. Please indicate under which pay item will be included.

A tree protection fence line item has been added to the bed table. Please refer to Item 60. Updated bid table attached below.     

2.         Sheet R-1309 between structures D-17 and D-18 indicates 50 LF of 18” exfiltration trench, but in the bid form there is no item for 18” Exfiltration Trench. Please clarify.

A line item for 18” Exfiltration Trench has been added to the bid table. Please refer to Items 44 and 45. Please note line item 45 is for French Drain, 18” Alternate Section. Alternate Sections will be used as directed by the Engineer of Record based on field conditions and pay items with alternate sections will be paid on the basis of actual quantities. Updated bid table attached below.

3.         Quantities in bid items No. 37, 38, 39, 40, and 45 do not match the take off quantities. Could you review these quantities?

Quantities for line items 38, and 39 have been revised. Line item 40 has remained the same. Line items 44 through 98 have been revised as additional bid items have been added to the table. Previous line item 45 has been updated to item 47 and the quantity has remained the same. Updated bid table attached below.       

 

4.         Bid items 41, 42, 43, 44 and 46 indicate Alternate Section. The plans do not show any areas where these Alternate Sections apply. Could you clarify?

Alternate Sections will be used as directed by the Engineer of Record based on field conditions and pay items with alternate sections will be paid on the basis of actual quantities.        

5.         Item No. 3 of the Bid Form is for “Disposal of unsuitable material (estimate quantity). But there is no item for the Excavation of this material. Please indicate under which pay item we will include the excavation operation.

All bid prices are inclusive of excavation material. Line item No. 3 indicates material that is unsuitable and must be disposed of. Actual quantities will be determined on the field and will be paid on the basis of actual quantities.

 

6.         After reviewing addendum 1 there is a sheet # E-6, material of light poles specified as fiberglass, revision 1. Is this just for reference to what FP&L will be installing on this project?

At this time, construction work related to the lighting within the project area is not included in the base scope of work and electrical plans are provided for reference only.  

 

7.         On Page R-1001 note 61 states: “The contractor shall submit a maintenance of traffic plan for approval by the engineer and the Town of Medley Police Department. Cost to be in pay item for maintenance of traffic.” The bid proposal does not have a maintenance of traffic bid item. Will an addendum be issued to provide this item?

MOT is included as part of line item 98. See bid table attached below.            

 

8.         Can a mobilization item also be provided to include the general conditions such as bond, insurance, etc.?

MOT is included as part of line item 98. See bid table attached below.

 

 

Revisions to the Project Manual

Ø  (Invitation to bid) as follows:

Pages “1 & 3”: Updated Invitation to Bid attached below.

·         Bid closing date and date bids will be opened has been revised to February 14th, 2019

 

Ø  (Part 1 –  General Bid Information) as follows:

Page “Part 1-24”: Updated Schedule of Events attached below.

·         Final day for bidder questions has been revised to February 7th, 2019

·         Opening of bids has been revised to February 14th, 2019

·         Selection committee recommendation of award has been revised to February 21st, 2019

·         Award of project by the Town Council has been revised to March 4th, 2019

·         Notice of award given to contractor has been revised to March 5th, 2019

·         Contract documents execution has been revised to March 26th, 2019

·         Notice to proceed issued to contractor has been revised to March 27th, 2019

·         Substantial completion date has been revised to August 23rd, 2019

·         Final completion date has been revised to September 23rd, 2019

 

Ø  (Part 2 – Bid Documents, Forms & Contract) as follows:

Page “Part 2-10 through 2-14”: Updated bid table attached below.

·         Item 38 has been revised

·         Item 39 has been revised

·         Items 44, 45, and 60 are new items to the bid table

·         Previous item 44 has been revised and updated to item 46

·         Items 44 through 98 have been updated to reflect addition of new items to the bid table

Solicitation #: 2019-011

Documents:

Addition 4

Posted: 2/11/2019

Type of Addition: Addendum 3

Overview:

Bidder Questions (answers in italics):

  1. Addendum No. 2 updates the bid items starting from Bid Item No. 34 DRAINAGE MANHOLE, ADJUST. Does that item replaces the original Bid Item No. 34 MANHOLES, J-8, > 10’? Are you eliminating those structures?

No structures were eliminated in addendum No. 2. Bid item numbers were updated and renumbered to include addition of three new items. Moreover, Addendum No. 3 includes a renumbering of all items.

  1. On the Roadway & Profile plans we don’t see any notes indicating size or LF of pipe to be installed per run. We found some information in the Summary of Structures but not enough for us to calculate the trench restoration. Reference: Sheet R-1302; STA; 8+88.71.

Length of pipe and exfiltration trench for runs along the road were provided in the original submittal. Refer to sheet R-1302. Additional information for length of laterals has been added as part of Revision 2-Addendum No. 3.

  1. We are missing information in regards of the removal or connection to existing drainage in various locations throughout the project. Reference: Sheet R-1302; STA; 8+88.71.

Connections to existing structures were specified in the original submittal. Sheet R-1302; STA. 8+88.71 does not show any connection to existing structures. Where proposed storm drainage overlaps with existing storm drainage pipes/structures, existing shall be removed.

  1. There are some existing structures that require a Top Replacement as per plans. Where do we allocate that cost in our bid proposal? Reference: Sheet R-1402; CB-1577.

Allocate cost of core drilling, seal pipe opening, connection to existing structure and/or top replacement etc. in item number 51 (now D-37 in addendum 3) MODIFY EXISTING DRAINAGE STRUCTURE.


 

 

  1. Plans show two (2) Fire Hydrants to be relocated, but the bid proposal has a line item for removal only. Reference: Item No. 54 FIRE HYDRANT, REMOVE = 4 EA.

Relocation refers to the removal of existing and installation of a new Fire Hydrant (FH). Sheet R-1303 (STA:11+62.09) has been updated to show relocation. On bid table, Item 54 (now U-3) FIRE HYDRANT, REMOVE; has been updated to quantity of 3. Bid table items 55 & 56 (now U-4 & U-5) refer to the installation of 3 relocated FH and 1 new proposed hydrant for a total of 4.

  1. Items No. 55 & 56 indicate the installation of 4 F.H in total, but only two (2) are shown on the plans.

Refer to previous answer.

  1. Bid item No. 80 is for “Elec Dis Sing-F&I- GM – Solar, Speed Flas. Assembly”. Could you provide manufacturer, Model and Specs for these signs.

Refer to the Miami-Dade County Public Works Department Traffic Signals and Signs Qualified Products List and to the guidelines for Electronic Speed Feedback Signs for this information. Programing specifications will be forthcoming, pending coordination with Town of Medley’s Police Department.  

Revisions to the Project Manual

Ø  (Invitation to bid) as follows:

Pages “1 & 3”: Updated Invitation to Bid attached below.

·         Bid closing date and date bids will be opened has been revised to February 21st, 2019

 

Ø  (Part 1 –  General Bid Information) as follows:

Page “Part 1-24”: Updated Schedule of Events attached below.

·         Final day for bidder questions has been revised to February 14th, 2019

·         Opening of bids has been revised to February 21st, 2019

·         Selection committee recommendation of award has been revised to February 28th, 2019

·         Award of project by the Town Council has been revised to March 11th, 2019

·         Notice of award given to contractor has been revised to March 12th, 2019

·         Contract documents execution has been revised to April 2nd, 2019

·         Notice to proceed issued to contractor has been revised to April 3rd, 2019

·         Substantial completion date has been revised to August 23rd, 2019

·         Final completion date has been revised to September 23rd, 2019

 

Ø  (Part 2 – Bid Documents, Forms & Contract) as follows:

Page “Part 2-10 through 2-14”: Updated bid table attached below.

·         All items have been renumbered

·         Items D-1, D-6, D-7, D-9, D-11, D-12, D-13, and D-16 are new items on bid table

·         Item D-4 (previously 25) has been revised

·         Item D-8 (previously 27) has been revised

·         Item D-14 (previously 29) has been revised

·         Item D-22 (previously 36) has been revised

·         Item D-23 (previously 37) has been revised

·         Item D-24 (previously 38) has been revised

·         Item D-37 (previously 51) has been revised

·         Item U-3 (previously 54) has been revised

Deadline: 2/21/2019 3:00 PM

Documents:

Addition 5

Posted: 2/19/2019

Type of Addition: Addendum #4

Overview:

Bidder Questions (answers in italics):

  1. Structure D-7 (STA. 8+88.71) requires a pipe removal as per the Drainage Structures plans, but we don’t see any information on the Roadway plans. Reference: Sheet R-1402 (Drainage Structures); Sheet R-1302 (Roadway & Profile)

Pipe run from D-06 to D-08 will replace an existing pipe and trench system to be removed. Since these overlap, they’re not shown in plan for clarity. Manholes D-06 and D-08 will be replacing existing structures to be removed as well.

  1. We couldn’t find any information in regards of CI-07. Reference: Sheet R-1302

For information on CI-07, please reference sheet R-1302 (bottom right of plan view) from Addendum #3/Revision 2. Also, reference sheet R-1400 from Addendum #3/Revision 2 (11th row of left Structure Table STA. 8+88.71).

  1. The proposed run of pipe from “CB-07B” to “YD-01” is missing a note indicating the total LF. Reference: R-1302

Callout with pipe length added. Refer to revised sheet R-1302.

  1. Line Item D-5 “INLETS, CURB, TYPE J-6, >10' = 1 EA” not shown on the plans. No information provided.

Item removed from bid table. Refer to revised bid table.

  1. We worked on Line item D-37 following the instructions provided in the answer for Question #4 in Addendum 3 and we found 7 situations instead of the proposed 6.

Quantity has been corrected. Refer to revised bid table.

  1. On “CI-17” we are missing the amount of LF required to connect to the existing drainage structure. Reference: R-1309

Refer to revised sheet R-1309.

  1. Bid Item D-5 is for an Inlet, Curb, Type J-6>10’. But in the plans and in the Summary Drainage Structures tables we don’t see any structure that correspond to that bid item. Please advise.

See answer to question #4.

 

8.    Bid item No. 80 is for “Elec Dis Sing-F&I- GM – Solar, Speed Flas. Assembly”. Could you provide manufacturer, Model and Specs for these signs.

Refer to the Miami-Dade County Public Works Department Traffic Signals and Signs Qualified Products List and to the guidelines for Electronic Speed Feedback Signs for this information. Programing specifications will be forthcoming, pending coordination with Town of Medley’s Police Department.

 

9.        Bid Item D-5 is for an Inlet, Curb, Type J-6>10’. But in the plans and in the Summary Drainage Structures tables we don’t see any structure that correspond to that bid item. Please advise.

Item removed from bid table. Refer to revised bid table.

 

 

Ø  (Part 2 – Bid Documents, Forms & Contract) as follows:

Page “Part 2-8 through 2-14”: Updated bid table attached below.

·         Item D-5 has been removed

·         Items D-5 through D-36 have been renumbered

·         Item D-36 (previously D-37) has been revised

Deadline: 2/21/2019 3:00 PM

Solicitation #: 2019-011

Documents:

Addition 6

Posted: 2/25/2019

Type of Addition: In Review

Addition 7

Posted: 2/25/2019

Type of Addition: In Review/ Bid Opening report

Overview:

Documents:

Addition 8

Posted: 4/25/2019

Type of Addition: Award Information

Amount: $2,271,660.00

Documents:

Posted: 1/7/2019

Type of Addition: Pre Bid Meeting Sign In Sheet

Solicitation #: 2019-011

Documents:

Posted: 1/23/2019

Type of Addition: Addendum 1

Overview:

Bidder Questions (answers in italics):

1.         What is the engineer’s estimate for this project?

The engineer’s opinion of probable cost is $1,804,644.10 before contingency.             

2.         Please confirm per the plans provided for this project that there is no electrical work or material to be performed and will be done by others (FP&L). This was brought up in the mandatory meeting. 

At this time, construction work related to the lighting within the project area is not included in the base scope of work.

 

Revisions to the Project Manual (Part 2 – Bid Documents, Forms & Contract) as follows:

Page “Part 2-13”: Updated bid table attached below.

·         Item 82 has been revised

 

Revisions to the Construction Plans as follows:

                Updated sheets below.

·         R-1210, addition of sedimentation/silt fence detail, revision 1

·         R-1300, addition of turbidity barrier, revision 1

·         E-6, material of light poles specified as fiberglass, revision 1


Deadline: 1/31/2019 3:00 PM

Solicitation #: 2019-011

Documents:

Posted: 1/29/2019

Type of Addition: Addendum #2

Overview:

Clarifications:

·         The terms Exfiltration Trench and French Drain are used interchangeably in the contract documents.

 

Bidder Questions (answers in italics):

1.         Tree Disposition Plans L-1200 thru L-1210 indicate Tree Protection Fencing (Typ.). The bid form does not have a bid item for this protection fence. Please indicate under which pay item will be included.

A tree protection fence line item has been added to the bed table. Please refer to Item 60. Updated bid table attached below.     

2.         Sheet R-1309 between structures D-17 and D-18 indicates 50 LF of 18” exfiltration trench, but in the bid form there is no item for 18” Exfiltration Trench. Please clarify.

A line item for 18” Exfiltration Trench has been added to the bid table. Please refer to Items 44 and 45. Please note line item 45 is for French Drain, 18” Alternate Section. Alternate Sections will be used as directed by the Engineer of Record based on field conditions and pay items with alternate sections will be paid on the basis of actual quantities. Updated bid table attached below.

3.         Quantities in bid items No. 37, 38, 39, 40, and 45 do not match the take off quantities. Could you review these quantities?

Quantities for line items 38, and 39 have been revised. Line item 40 has remained the same. Line items 44 through 98 have been revised as additional bid items have been added to the table. Previous line item 45 has been updated to item 47 and the quantity has remained the same. Updated bid table attached below.       

 

4.         Bid items 41, 42, 43, 44 and 46 indicate Alternate Section. The plans do not show any areas where these Alternate Sections apply. Could you clarify?

Alternate Sections will be used as directed by the Engineer of Record based on field conditions and pay items with alternate sections will be paid on the basis of actual quantities.        

5.         Item No. 3 of the Bid Form is for “Disposal of unsuitable material (estimate quantity). But there is no item for the Excavation of this material. Please indicate under which pay item we will include the excavation operation.

All bid prices are inclusive of excavation material. Line item No. 3 indicates material that is unsuitable and must be disposed of. Actual quantities will be determined on the field and will be paid on the basis of actual quantities.

 

6.         After reviewing addendum 1 there is a sheet # E-6, material of light poles specified as fiberglass, revision 1. Is this just for reference to what FP&L will be installing on this project?

At this time, construction work related to the lighting within the project area is not included in the base scope of work and electrical plans are provided for reference only.  

 

7.         On Page R-1001 note 61 states: “The contractor shall submit a maintenance of traffic plan for approval by the engineer and the Town of Medley Police Department. Cost to be in pay item for maintenance of traffic.” The bid proposal does not have a maintenance of traffic bid item. Will an addendum be issued to provide this item?

MOT is included as part of line item 98. See bid table attached below.            

 

8.         Can a mobilization item also be provided to include the general conditions such as bond, insurance, etc.?

MOT is included as part of line item 98. See bid table attached below.

 

 

Revisions to the Project Manual

Ø  (Invitation to bid) as follows:

Pages “1 & 3”: Updated Invitation to Bid attached below.

·         Bid closing date and date bids will be opened has been revised to February 14th, 2019

 

Ø  (Part 1 –  General Bid Information) as follows:

Page “Part 1-24”: Updated Schedule of Events attached below.

·         Final day for bidder questions has been revised to February 7th, 2019

·         Opening of bids has been revised to February 14th, 2019

·         Selection committee recommendation of award has been revised to February 21st, 2019

·         Award of project by the Town Council has been revised to March 4th, 2019

·         Notice of award given to contractor has been revised to March 5th, 2019

·         Contract documents execution has been revised to March 26th, 2019

·         Notice to proceed issued to contractor has been revised to March 27th, 2019

·         Substantial completion date has been revised to August 23rd, 2019

·         Final completion date has been revised to September 23rd, 2019

 

Ø  (Part 2 – Bid Documents, Forms & Contract) as follows:

Page “Part 2-10 through 2-14”: Updated bid table attached below.

·         Item 38 has been revised

·         Item 39 has been revised

·         Items 44, 45, and 60 are new items to the bid table

·         Previous item 44 has been revised and updated to item 46

·         Items 44 through 98 have been updated to reflect addition of new items to the bid table

Solicitation #: 2019-011

Documents:

Posted: 2/11/2019

Type of Addition: Addendum 3

Overview:

Bidder Questions (answers in italics):

  1. Addendum No. 2 updates the bid items starting from Bid Item No. 34 DRAINAGE MANHOLE, ADJUST. Does that item replaces the original Bid Item No. 34 MANHOLES, J-8, > 10’? Are you eliminating those structures?

No structures were eliminated in addendum No. 2. Bid item numbers were updated and renumbered to include addition of three new items. Moreover, Addendum No. 3 includes a renumbering of all items.

  1. On the Roadway & Profile plans we don’t see any notes indicating size or LF of pipe to be installed per run. We found some information in the Summary of Structures but not enough for us to calculate the trench restoration. Reference: Sheet R-1302; STA; 8+88.71.

Length of pipe and exfiltration trench for runs along the road were provided in the original submittal. Refer to sheet R-1302. Additional information for length of laterals has been added as part of Revision 2-Addendum No. 3.

  1. We are missing information in regards of the removal or connection to existing drainage in various locations throughout the project. Reference: Sheet R-1302; STA; 8+88.71.

Connections to existing structures were specified in the original submittal. Sheet R-1302; STA. 8+88.71 does not show any connection to existing structures. Where proposed storm drainage overlaps with existing storm drainage pipes/structures, existing shall be removed.

  1. There are some existing structures that require a Top Replacement as per plans. Where do we allocate that cost in our bid proposal? Reference: Sheet R-1402; CB-1577.

Allocate cost of core drilling, seal pipe opening, connection to existing structure and/or top replacement etc. in item number 51 (now D-37 in addendum 3) MODIFY EXISTING DRAINAGE STRUCTURE.


 

 

  1. Plans show two (2) Fire Hydrants to be relocated, but the bid proposal has a line item for removal only. Reference: Item No. 54 FIRE HYDRANT, REMOVE = 4 EA.

Relocation refers to the removal of existing and installation of a new Fire Hydrant (FH). Sheet R-1303 (STA:11+62.09) has been updated to show relocation. On bid table, Item 54 (now U-3) FIRE HYDRANT, REMOVE; has been updated to quantity of 3. Bid table items 55 & 56 (now U-4 & U-5) refer to the installation of 3 relocated FH and 1 new proposed hydrant for a total of 4.

  1. Items No. 55 & 56 indicate the installation of 4 F.H in total, but only two (2) are shown on the plans.

Refer to previous answer.

  1. Bid item No. 80 is for “Elec Dis Sing-F&I- GM – Solar, Speed Flas. Assembly”. Could you provide manufacturer, Model and Specs for these signs.

Refer to the Miami-Dade County Public Works Department Traffic Signals and Signs Qualified Products List and to the guidelines for Electronic Speed Feedback Signs for this information. Programing specifications will be forthcoming, pending coordination with Town of Medley’s Police Department.  

Revisions to the Project Manual

Ø  (Invitation to bid) as follows:

Pages “1 & 3”: Updated Invitation to Bid attached below.

·         Bid closing date and date bids will be opened has been revised to February 21st, 2019

 

Ø  (Part 1 –  General Bid Information) as follows:

Page “Part 1-24”: Updated Schedule of Events attached below.

·         Final day for bidder questions has been revised to February 14th, 2019

·         Opening of bids has been revised to February 21st, 2019

·         Selection committee recommendation of award has been revised to February 28th, 2019

·         Award of project by the Town Council has been revised to March 11th, 2019

·         Notice of award given to contractor has been revised to March 12th, 2019

·         Contract documents execution has been revised to April 2nd, 2019

·         Notice to proceed issued to contractor has been revised to April 3rd, 2019

·         Substantial completion date has been revised to August 23rd, 2019

·         Final completion date has been revised to September 23rd, 2019

 

Ø  (Part 2 – Bid Documents, Forms & Contract) as follows:

Page “Part 2-10 through 2-14”: Updated bid table attached below.

·         All items have been renumbered

·         Items D-1, D-6, D-7, D-9, D-11, D-12, D-13, and D-16 are new items on bid table

·         Item D-4 (previously 25) has been revised

·         Item D-8 (previously 27) has been revised

·         Item D-14 (previously 29) has been revised

·         Item D-22 (previously 36) has been revised

·         Item D-23 (previously 37) has been revised

·         Item D-24 (previously 38) has been revised

·         Item D-37 (previously 51) has been revised

·         Item U-3 (previously 54) has been revised

Deadline: 2/21/2019 3:00 PM

Documents:

Posted: 2/19/2019

Type of Addition: Addendum #4

Overview:

Bidder Questions (answers in italics):

  1. Structure D-7 (STA. 8+88.71) requires a pipe removal as per the Drainage Structures plans, but we don’t see any information on the Roadway plans. Reference: Sheet R-1402 (Drainage Structures); Sheet R-1302 (Roadway & Profile)

Pipe run from D-06 to D-08 will replace an existing pipe and trench system to be removed. Since these overlap, they’re not shown in plan for clarity. Manholes D-06 and D-08 will be replacing existing structures to be removed as well.

  1. We couldn’t find any information in regards of CI-07. Reference: Sheet R-1302

For information on CI-07, please reference sheet R-1302 (bottom right of plan view) from Addendum #3/Revision 2. Also, reference sheet R-1400 from Addendum #3/Revision 2 (11th row of left Structure Table STA. 8+88.71).

  1. The proposed run of pipe from “CB-07B” to “YD-01” is missing a note indicating the total LF. Reference: R-1302

Callout with pipe length added. Refer to revised sheet R-1302.

  1. Line Item D-5 “INLETS, CURB, TYPE J-6, >10' = 1 EA” not shown on the plans. No information provided.

Item removed from bid table. Refer to revised bid table.

  1. We worked on Line item D-37 following the instructions provided in the answer for Question #4 in Addendum 3 and we found 7 situations instead of the proposed 6.

Quantity has been corrected. Refer to revised bid table.

  1. On “CI-17” we are missing the amount of LF required to connect to the existing drainage structure. Reference: R-1309

Refer to revised sheet R-1309.

  1. Bid Item D-5 is for an Inlet, Curb, Type J-6>10’. But in the plans and in the Summary Drainage Structures tables we don’t see any structure that correspond to that bid item. Please advise.

See answer to question #4.

 

8.    Bid item No. 80 is for “Elec Dis Sing-F&I- GM – Solar, Speed Flas. Assembly”. Could you provide manufacturer, Model and Specs for these signs.

Refer to the Miami-Dade County Public Works Department Traffic Signals and Signs Qualified Products List and to the guidelines for Electronic Speed Feedback Signs for this information. Programing specifications will be forthcoming, pending coordination with Town of Medley’s Police Department.

 

9.        Bid Item D-5 is for an Inlet, Curb, Type J-6>10’. But in the plans and in the Summary Drainage Structures tables we don’t see any structure that correspond to that bid item. Please advise.

Item removed from bid table. Refer to revised bid table.

 

 

Ø  (Part 2 – Bid Documents, Forms & Contract) as follows:

Page “Part 2-8 through 2-14”: Updated bid table attached below.

·         Item D-5 has been removed

·         Items D-5 through D-36 have been renumbered

·         Item D-36 (previously D-37) has been revised

Deadline: 2/21/2019 3:00 PM

Solicitation #: 2019-011

Documents:

Posted: 2/25/2019

Type of Addition: In Review

Posted: 2/25/2019

Type of Addition: In Review/ Bid Opening report

Overview:

Documents:

Posted: 4/25/2019

Type of Addition: Award Information

Amount: $2,271,660.00

Documents: